Loading...
HomeMy WebLinkAboutC-3484 - PSA; Buck Gully Stabilization & Restoration Plan; Preparation of Preliminary PlanPROFESSIONAL SERVICES AGREEMENT WITH WRC CONSULTING SERVICES FOR BUCK GULLY STABILIZATION AND RESTORATION PLAN THIS AGREEMENT is made and entered into as of this ,0 day of Marche 2004, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and WRC CONSULTING SERVICES, INC. a corporation whose address is 5100 E. La Palma Avenue, Suite 116, Anaheim, California, 90807 ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement erosion control measures and restore habitat in Buck Gully. C. City desires to engage Consultant to research historical data, perform site inspections, surveys, borings and soil sampling, and prepare a stabilization and habitat restoration plan as detailed in Exhibit A ( "Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Dr. Lan Weber. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 29"' day of March, 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The 3. 4. 0 • City may elect to delete certain tasks of the Scope of Services at its sole discretion. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services within 100 days from the issuance of the Notice to Proceed. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. In no event shall Consultant's compensation exceed Eighty -Five Thousand Six Hundred Sixty -Four Dollars and no /100 ($85,664.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in 2 i • advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Lan Weber to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 3 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 0 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and/or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. 13. 14. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. PROGRESS Consultant is responsible for keeping the Project Administrator and/or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's A • • employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. 7 15. 16. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. 9 • 0 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or. anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by City in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Titie Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. E 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his/her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or. for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or 10 0 0 restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Robert Stein Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Phone: 949 - 644 -3322 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Dr. Lan Weber WRC Consulting Services, Inc. 5100 E. La Palma, Suite 116 Anaheim Hill, CA 92807 Phone: 714 - 970 -8808 Fax: 714 - 970 -8844 11 • • 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver. by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 12 0 0 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govem this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney's Office LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation for the City of CONSU ANT: By: Lan Weber, cipal WRC Consulting Services, Inc. Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates 13 0 March 11, 2004 Mr. Robert Stein, P.E. Principal Civil Engineer Public Works Department City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92658 Subject: Buck Gully Canyon Stabilization, Restoration, and Constructed Wetlands Plan Dear Mr. Stein: Please consider this letter our proposal to prepare for Lower Buck Gully a concept plan for canyon stabilization and restoration, and a preliminary plan for constructed wetlands. These plans will be created in coordination with the City's consultant who is preparing a fuel modification zone management plan at this same location. This proposal is based on our previous proposal dated June 19, 2003 and revised per our February 16"' and 23rd meetings with you. WRC proposes to perform the following tasks. Task 1: Review of Fire Hazard Reduction RFP and Proposal $1,010.00 Review the scope of work contained in the Request for Proposal for fire hazard reduction in the fuel modification zone and the proposal prepared by Dudek Associates in response to the RFP. Propose modifications to the scope of work to address the needs for channel stabilization and constructed wetlands plan. Task 2: Data Review Review the existing data and previous reports pertaining to Buck Gully that are available from the City, County, and Irvine Company. Task 3: Watershed Map Preparation $2,628.00 Prepare a composite watershed map that references water, sewer, storm drain, parcel boundaries, streets, contour lines, aerial photographs, hydrological soils, and land uses. Maps will be prepared as layers in the MicroStation V8.0 format adaptable to GIS. Deliverable: Watershed maps of the entire drainage area with storm drain laterals, hydrology soils, land use zones, parcel boundaries near 5100 E. Lo Palma Avenue. Suite 116 . Anaheim Hills. CA. 92807. 714.970.8808 . Fax: 714.970.8844 . www.wrcinc.net Water Resources . Recreational Facilities . Civil Engineering Mr. Robert Stein . i March 11, 2004 City of Newport Beach Page 2 the lower Buck Gully and other information readily accessible from the County and City's GIS systems. Task 4: Site Reconnaissance $4,060.00 WRC engineers and scientists will conduct a one -day detailed investigation along the lower Buck Gully including selected areas upstream of the PCH culverts. Canyon features that show signs of erosion, sedimentation, and excessive flow impact will be evaluated. Representative soils will be identified. GPS will be used to mark locations of interests. Field notes will be prepared. Photographs will be taken to document the existing condition. Deliverable: Field notes with site features and key opportunities and constraints. Task 5: Topographic Map $ 936.00 Coordinate with the aerial topographic company to obtain two -foot contour topographic maps and ground control for ground survey. Deliverable: Two -foot contour maps from the beach to approximately 2000 feet upstream of PCH and the survey control for the field survey. Task 6: Supplemental Survey $4,776.00 Provide ground survey at locations where critical erosion and sensitive habitat was observed. Deliverable: Point elevations at key locations identified from Task 4 and translated to the topographic maps obtained from Task 5 Task 7: Soils Sampling and Analysis Obtain four boring logs up to 10 feet deep along the canyon. Additionally, up to seven samples will be taken for planting suitability analysis and up to five samples will be tested for physical characteristics such as the gradation and silt/clay content. Deliverable: Soils analysis for grain size distribution, silt/clay, and organic contents. Task 8: Fire Hazard Reduction Biology Report Review � ••1 11 Review and provide comments to the biology report prepared Dudek & Associates as described in Task 1. WRC will provide recommendations regarding the impact to canyon stability of the proposed foliage removals. MUps of sensitive habitats and existing wetlands will be obtained from the study. Mr. Robert Stein • March 11, 2004 City of Newport Beach Page 3 Task 9: Critical Flood and Erosion Area Identification $11,932.00 Perform a rough hydraulic analysis of the canyon from the ocean outlet to at least 1,000 feet above the PCH Bridge. The HEC -RAS (or HEC -2) model will be used for the hydraulic analysis. Conveyance distribution will be evaluated for flow velocity variation across some sections. If necessary, Flow -21D can be applied to check split flow conditions where critical erosion is present or habitat restoration may apply for additional fee. WRC will use the hydraulic and soils information to conduct a quantitative analysis of erosion /sedimentation. This will be accomplished along with a qualitative assessment from site observation and historical erosion records (if available). WRC will assume the Coast Highway box culvert full or empty under separate runs. WRC will investigate local scour conditions along the canyon including the existing scour hole present in the lower reach as well as the erosion at the toe of slope. Deliverable: Critical Erosion, and Flood Zone Maps and summary tables and figures from hydraulic and erosion analysis. Task 10: Runoff Control Plan $1,024.00 Prepare a runoff control plan for the overland flows from properties along the banks. Task 11: Concept Canyon Habitat Restoration Plan $4,000.00 Develop a detailed concept plan for habitat restoration based on the biological report findings, soils analysis, and site investigation. Task 12: Preliminary Plan for Constructed Wetlands Alternatives $5,968.00 Identify areas suitable for constructed wetlands establishment. This will be based on the biological report, soils analysis, and site investigation. WRC will prepare alternative configurations for the constructed wetlands along with specific recommendations to be implemented in the final construction documents to be prepared under a separate contract. Task 13: Initial Erosion Control Alternatives Identify areas suitable environmentally friendly co against a 100 -year flood, it they will need to be an sections. WRC will estima be against overturning and 2- and a 100 -year floods, events, respectively. $12,232.00 for erosion control using, as possible, itrol structures. Note that in order to protect is impossible to use environmental solutions, shored by engineering solutions in critical :e the toe down (in ground erosion control to undermining) requirements associated with a representing low and high frequency flood W. Robert Stein • • March 11, 2004 City of Newport Beach Page 4 The WRC team's geological engineer will identify critical slope failure areas and recommend engineering stabilization methods. Task 14: Composite Stabilization and Habitat Restoration Plan $20,128.00 Combine the options for restoration and erosion control and prepare a joint use plan including both functions. A key map will be developed to highlight the feature and linkage of each individual site. Detailed maps will be prepared for each site including rough grading, drainage, erosion control, planting plans, maintenance access, and community access. A conceptual plan for canyon stabilization and habitat restoration with necessary details to illustrate the components will be prepared. Task 15: Third Party Review $5,550.00 ENV America will provide a third -party review of the Composite Stabilization and Habitat Restoration Plan including review of back up documents prepared as part of this scope of work. Task 16: Stake hold edCommunity Meeting $1,010.00 Attend one meeting to present the proposed plan for canyon stabilization /restoration and the constructed wetlands. Total for all tasks is $85,664.00 plus reimbursable costs (reproduction and express mail). Please contact me at 714- 970 -8808 ext 106 or 949 - 836 -1320 if you have questions pertaining to this proposal. Sincerely, WRC Consulting Services, Inc. Lan Weber, Ph.D., P.E. Principal te: 4127/2004 Time: 2:50 PM To: 0 19496443318 From: /ArwtrongRobitaille Page: 002 -005 r_IlunlS• A1994 WDrrn MS a�nRn_. CERTIFICA OF LIABILITY INS NCE 4,2;/ "Y PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Armstrong/Robhoille Bus &InsSv 880 Langsdorf Drive #100 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Box 34009 POLICY EMEGDTYYE Fullerton, CA 92834 -9409 INSURERS AFFORDING COVERAGE INSURED WRC CONSULTING SERVICES, INC. 5100 E. La Palma #116 INSURHRA: Hartford INSURER B: State Compensation Ins Fund - Calif IwsuRBR c Landmark American Ina. Co /AES Anaheim, CA 92807 INSURER D: INSURSK H: S1000000 COVERAGES THE POLICIES OF INSURANCE LISPED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTW IHSPANDIN ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED 0 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCF POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR TYPE OFINSURANCE POLICY NUMBER POLICY EMEGDTYYE POUCEEXPIRATION LIMITS A GENERAL LIABILITY 72SBAAC8199 06/26/03 06/26/04 BACH OCCURRENCE S1000000 PIRHDAMAOE(An .Erc) 5300000 X COMMERCIAL GSNEFALLIABE,RY CLAIMS MADE 7 OCCUR MBD BXP ( me $10000 PERSONAL4ADV INJURY St. 000 AW CENHRAL ACORSAATR 52000000 OEM LAGORROATE LNUAPPLIES PER PRODUCLS - OJMPfop Aw 52000 POLICY P"_ LOC JECT A AUTOMOBILE LIABILITY ANYAUTO 72.SBAACS199 06/26/03 06/26/04 COMBINHDSINGLHLIMIT (K. .4 t) 51,000,000 BODILY 1NNRY (P°I­°�) S ALL OWNED AUTOS SCHEDULEDAUTOS X BODILY INJURY (Pn ecc i�t) S HIRED AUTOS NON-0YNEDAUTOS X PROPERTY DAMAGS (Pc eccid:M) S GARAGELIABILTY AUTO ONLY - EAACCIDENT S OTHER THAN 6A ACC S ANYAUTO 5 AUTO ONLY: AGO MCESSLIABILITY MCH OCCURRENCE S OCCUR El CLAIMS MADE AGGREGATE S S S DHDU=BLB S RETENTION $ B WORKERSCOMPENSATIONAND 176706603 n xn 11/21/03 11/21/04 X WCFTATU- OTH- EMPLOYERS LIABILITY H.L. EACH ACCIDENT S1 000000 H.L.MSEAM - RAHMPLOTM1 t E.L.DISHASH - POLCYLIMYr 5 C OTHER Professional LHR802100 11/20/0.3 06/26/04 $11,000,01M Ea Claim lability $1,000,000 Ann Agg DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLE%MCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Cancellation clause is completed as follows: except in the event of Non - Payment when a 10 day notice will be provided. The City of Newport Beach, its officers, officials employees and volunteers are added as Additional Insured to the General Liability (See Attached Descriptions) City of Newport Beach Public Works Department P.O. Box 1768 Newport Beach, CA 926584916 SHOUL[) ANYR THEABGVE DESCRIBED POLICIES BE CANCELLED BEFWtETHE EXPIRATION DATE THEREOF, THE IMING INSURER WII,Ljr xa9BnOp,9 1-ftO —DAYS WRIITEN NOTICETOTHE CERTIFICATE HCLDERNAMEDTOTHEIEFT, e ACORD 25.5 (7197) 1 of 3 #S237717/M233334 TLA 9 ACORU CORPORATI014 196% te: 4/27/2004 Time: 2:50 PM To: ® 19496443318 From: /ArmstronvRobitaille Page: 003 -005 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(es) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25- S(7/87)2 of 3 #S237717/M233334 te: 4/27/2004 Time: 2:50 PM To: @ 19496443318 From: /ArmstronQRobitaille Pape: 004 -005 DESOP IPTIONS (Continued from P 1) coverage perform CG20261185 attached. Coverage is Primary and any Insurance maintained by the Additional Insured shall not contribute. Waiver of subrogation applies to General Liability and Workers Compensation coverage. RE: Buck Gully Stabilization and Restoration Plan This Certificate amends and supercedes all previously Issued Certificates to the City of Newport Beach AMS 25.5 (07/97) 3 of 3 #S237717/M233334 te: 4•/27/2004 Time: 2:50 PM To: M 19496443318 Prom: /ArmstronvRobitaille Paue: 005 -005 4 .. • • POLICY NUMBER: 7 2 SBAAC 819 9 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON or ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach Public Works Department P.O. Box 1768 Newport Beach, CA 92658 -8915 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN I NSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your operations or premises owned by or rented to you. The City of Newport Beach, its officers, officials, employees and volunteers are added as Additional Insured to the General Liability coverage per form CG2026 1165 attached. Coverage is Primary and any insurance maintained by the Additional Insured shall not contribute. waiver of subrogation applies to General Liability and Workers Compensation coverage. RE: Buck Gully Stabilization and Restoration Plan CG 20 26 11 85 APR-27-2004 TUE 00 i � l_ FAX N0. CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This chi+c!dist is cornprIs d of requirements as outlined by the City of Newport Beach, Date Received: j�`:: -C3LR' Dote Cosnpldted: Company/Person raquired to hive ce GENERAL LIASIL1TY A. INSURANCE COMPANY: E3. fJ, E:. -, F. G. AM BEST RATING (A: VII < ADMITTED Company (Mae Is Corripany admitted In + LIMITS (Must be $1M or of PkODUCT9'AND COMPLI ADDITIONAL INSURED WORDING TO INCLUDE (The City its officars, eflic!als, employees and volunteers): Is it included? PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? P, 01 /01 0 Yes X No )<Yes ❑ No H. CAUTION! (ConFirnr that loss or liability of the named insured is not limited safely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes No !. NO'i INCATION OF CANCELLATION: Although there is a provision that requires notification of cancollation by cerlified mail, per Lauren Farley, the City will accept the endeavor wording. IL AUTOMOBILE LIABILITY A. INSURANCE. COMPANY: B. AM BEST RATING (A: VII or greater); C, ADMIT TED COMPANY (Must be California Admitted): Is Company admitted in California? IV Yes [] No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What is limits provided? 1-M L..___.._ EE, ADDITIONAL INSURED WORDING TO INCLUDE (The City its ofncors, officials, employees and volunteers): Is it included? ❑ Yes KNo F. PRIMARY & NON- CONTRIBUTORY WORDING (For Waste Haulers �-A oQ I Is it fncludvd? ,N El Yes ❑ No G. NOTWICKNON OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. VVORKFRS' COMPENSATION A. INSURANCE COMPANY: H. AM HEST RATING (A: VII r i;. LIMITS: Stalutoty fs.' WAVER OF SUESROGATION (To include): Is it fncluded? X Yes ❑ No i • CE OLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 04 -06 -2004 REenwr CITY OF R H DEPARTMENT OF PUBLIC P.O. BOX 1768 NEWPORT BEACH CA 92658 -8915 GROUP: POLICY NUMBER: 1767086 -2003 CERTIFICATE ID: 2 CERTIFICATE EXPIRES: 11 -21 -2004 11 -21- 2003/11 -21 -2004 JOB: ALL OPERATIONS This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice Should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this - certificate of insurance may be issued or may pertain, . the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of Such policies. AUTHORIZED REPRESENTATIVE . PRESIDENT „ EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #2065.ENTITLED CERTIFICATE HOLDERS': NOTICE EFFECTIVE 11 -21 -2003 IS ATTACHED.TO AND FORMS A PART OF THIS POLICY, ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 04 -06 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER WRC CONSULTING SERVICES, INC 5100 E LA PALMA AVESTE. 116 ANAHEIM CA 92807 SGIF 10262E Accept this wriiriwlo only 9 you see a hint watermark that mad$'OFFICIAL STATE FUND DOCUMENT' IESSPI RIN DOF IDS�04 PAGE 1 OF 1 0 • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C3 ?) C -34q q Agenda Item No. 7 March 23, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Robert Stein, P.E. 949 - 644 -3311 rstein@city.newport-beach.ca.us MAR 2 3 1004 SUBJECT: APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT WITH WRC CONSULTING SERVICES FOR PREPARATION OF A PRELIMINARY PLAN FOR BUCK GULLY STABILIZATION AND RESTORATION RECOMMENDATION: Approve a Professional Services. Agreement with WRC Consulting Services, Inc. (WRC), of Anaheim, California, for preparing a preliminary plan for Buck Gully stabilization, restoration and constructed wetlands at a negotiated fee of $85,664.00 and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: In June 2003, staff met with two consultant firms with experience in canyon erosion to walk portions of Buck Gully from Coast Highway to the ocean. Each firm then proposed a plan to evaluate and provide recommendations to stabilize and rehabilitate the canyon. Staff reviewed the proposals and selected WRC's proposal as providing an efficient and scientifically based approach for preparing a preliminary plan with detailed recommendations. A fee of $85,664.00 was then negotiated with WRC. As a part of the Buck Gully Restoration program, funded under a Proposition 13 Non - point Source Grant, WRC will prepare a preliminary plan with recommendations for canyon erosion control and stabilization that will provide the groundwork for preparation of final construction documents and permits to install erosion control measures, re- establish habitat and construct a wetlands in Buck Gully. WRC's scope of services includes a historical data review, site reconnaissance, survey, soil sampling and analysis, peer review of the fire hazard reduction report prepared by a another consultant under a separate contract, flood and erosion analyses, preparing a habitat restoration plan, preparing a preliminary constructed wetlands plan, preparing erosion control recommendations, and preparing a composite report with recommendations. SUBJECT: Approval of a Professi ervloes Agreement with WRC Consulting Service Preparation of a Preliminary Plan for the Buck Gully Stabilize n and Restoration March 23, 2004 Page 2 Fundino Availability: Sufficient funds for the project are available in the following account, which is a grant from the State Water Resources Control Board: Account Description Contribution Fund Environmental Review: WRC will have its biologis t determination. if the proposed hazard. Permits will then b e phase. Prepared by: Robert Stein, P.E. Principal Civil Engineer Account Number 7251- C5100659 Amount $85,664.00 survey the site for sensitive species and make a project borings and soil sampling pose any environmental obtained for these project activities during the design Attachment: Professional Services Agreement Submitted by: 6-io'phen . Badum Public Works Director 0 E • 0 PROFESSIONAL SERVICES AGREEMENT WITH WRC CONSULTING SERVICES FOR BUCK GULLY STABILIZATION AND RESTORATION PLAN THIS AGREEMENT is made and entered into as of this _ day of March , 2004, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and WRC CONSULTING SERVICES, INC. a corporation whose address is 5100 E. La Palma Avenue, Suite 116, Anaheim, California, 90807 ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement erosion control measures and restore habitat in Buck Gully. C. City desires to engage Consultant to research historical data, perform site inspections, surveys, borings and soil sampling, and prepare a stabilization and habitat restoration plan as detailed in Exhibit A ( "Project "). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Dr. Lan Weber. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 29"' day of March, 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The 3. 4. 0 City may elect to delete certain tasks of the Scope of Services at its sole discretion. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services within 100 days from the issuance of the Notice to Proceed. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. In no event shall Consultant's compensation exceed Eighty-Five Thousand Six Hundred Sixty -Four Dollars and no /100 ($85,664.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and/or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of . any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in 2 0 E, 0 0 • advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and/or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Lan Weber to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. K 0 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this i Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 0 4 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and/or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to Is all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 5 9 12. CITY POLICY 0 Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his/her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's R 0 0 0 employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. 7 10 0 iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint-venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. L-3 0 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by City in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 9 0 20. OPINION OF COST • Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or i� restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Robert Stein Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Phone: 949 - 644 -3322 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Dr. Lan Weber WRC Consulting Services, Inc. 5100 E. La Palma, Suite 116 Anaheim Hill, CA 92807 Phone: 714 - 970 -8808 Fax: 714- 970 -8844 11 0 28. TERMINATION 0 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 12 • • 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney's Office for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation Mayor for the City of Newport Beach CONSULTANT: By: Lan Weber, Principal WRC Consulting Services, Inc. Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates 13 • s R( Sen icft. March 11, 2004 Mr. Robert Stein, P.E. Principal Civil Engineer Public Works Department City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92658 Subject: Buck Gully Canyon Stabilization, Restoration, and Constructed Wetlands Plan Dear Mr. Stein: Please consider this letter our proposal to prepare for Lower Buck Gully a concept plan for canyon stabilization and restoration, and a preliminary plan for constructed wetlands. These plans will be created in coordination with the City's consultant who is preparing a fuel modification zone management plan at this same location. This proposal is based on our previous proposal dated June 19, 2003 and revised per our February 16`h and 23rd meetings with you. WRC proposes to perform the following tasks. Task 1: Review of Fire Hazard Reduction RFP and Proposal $1,010.00 Review the scope of work contained in the Request for Proposal for fire hazard reduction in the fuel modification zone and the proposal prepared by Dudek Associates in response to the RFP. Propose modifications to the scope of work to address the needs for channel stabilization and constructed wetlands plan. Task 2: Data Review $4,940.00 Review the existing data and previous reports pertaining to Buck Gully that are available from the City, County, and Irvine Company. Task 3: Watershed Map Preparation $2,628.00 Prepare a composite watershed map that references water, sewer, storm drain, parcel boundaries, streets, contour lines, aerial photographs, hydrological soils, and land uses. Maps will be prepared as layers in the MicroStation V8.0 format adaptable to GIS. Deliverable: Watershed maps of the entire drainage area with storm drain laterals, hydrology soils, land use zones, parcel boundaries near 5100 E. La Palma Avenue. Suite 116. Anaheim Hills. CA. 92807. 714.970.8808. Fax: 714.970.8844. wwwwrcinc.net Wpter Rt+spnrccc Rerrontinv.l F��iIH;c. r';.dl F,...;,.��.;.... 40 E 0 E Mr. Robert Stein . . March 11, 2004 ----- ...__ --------- the lower Buck Gully and other information readily accessible from the County and City's GIS systems. Task 4: Site Reconnaissance $4,060.00 WRC engineers and scientists will conduct a one -day detailed investigation along the lower Buck Gully including selected areas upstream of the PCH culverts. Canyon features that show signs of erosion, sedimentation, and excessive flow impact will be evaluated. Representative soils will be identified. GPS will be used to mark locations of interests. Field notes will be prepared. Photographs will be taken to document the existing condition. Deliverable: Field notes with site features and key opportunities and constraints. Task 5: Topographic Map $ 936.00 Coordinate with the aerial topographic company to obtain two -foot contour topographic maps and ground control for ground survey. Deliverable: Two -foot contour maps from the beach to approximately 2000 feet upstream of PCH and the survey control for the field survey. Task 6: Supplemental Survey $4,776.00 Provide ground survey at locations where critical erosion and sensitive habitat was observed. Deliverable: Point elevations at key locations identified from Task 4 and translated to the topographic maps obtained from Task 5 Task 7: Soils Sampling and Analysis ,;I Obtain four boring logs up to 10 feet deep along the canyon. Additionally, up to seven samples will be taken for planting suitability analysis and up to five samples will be tested for physical characteristics such as the gradation and silt/clay content. Deliverable: Soils analysis for grain size distribution, silt/clay, and organic contents. Task 8: Fire Hazard Reduction Biology Report Review $ 990.00 Review and provide comments to the biology report prepared Dudek & Associates as described in Task 1. WRC will provide recommendations regarding the impact to canyon stability of the proposed foliage removals. Mj@ps of sensitive habitats and existing wetlands will be obtained from the study. Mr. Robert Stein • March 11, 2004 - P.age.3_.__. Task 9: Critical Flood and Erosion Area Identification $11,932.00 S Perform a rough hydraulic analysis of the canyon from the ocean outlet to at least 1,000 feet above the PCH Bridge. The HEC -RAS (or HEC -2) model will be used for the hydraulic analysis. Conveyance distribution will be evaluated for flow velocity variation across some sections. If necessary, Flow -2D can be applied to check split flow conditions where critical erosion is present or habitat restoration may apply for additional fee. WRC will use the hydraulic and soils information to conduct a quantitative analysis of erosion /sedimentation. This will be accomplished along with a qualitative assessment from site observation and historical erosion records (if available). WRC will assume the Coast Highway box culvert full or empty under separate runs. WRC will investigate local scour conditions along the canyon including the existing scour hole present in the lower reach as well as the erosion at the toe of slope. Deliverable: Critical Erosion, and Flood Zone Maps and summary tables and figures from hydraulic and erosion analysis. Task 10: Runoff Control Plan $1,024.00 Prepare a runoff control plan for the overland flows from properties along the banks. Task 11: Concept Canyon Habitat Restoration Plan $4,000.00 Develop a detailed concept plan for habitat restoration based on the biological report findings, soils analysis, and site investigation. Task 12: Preliminary Plan for Constructed Wetlands Alternatives $5,968.00 Identify areas suitable for constructed wetlands establishment. This will be based on the biological report, soils analysis, and site investigation. WRC will prepare alternative configurations for the constructed wetlands along with specific recommendations to be implemented in the final construction documents to be prepared under a separate contract. Task 13: Initial Erosion Control Alternatives $12,232.00 Identify areas suitable for erosion control using, as possible, environmentally friendly control structures. Note that in order to protect against a 100 -year flood, it is impossible to use environmental solutions, they will need to be anchored by engineering solutions in critical sections. WRC will estimate the toe down (in ground erosion control to be against overturning and undermining) requirements associated with a 2- and a 100 -year floods, representing low and high frequency flood events, respectively. 0 Mr. Robert Stein • March 11, 2004 --G "f- Newport -$each- -- Rag d __ The WRC team's geological engineer will identify critical slope failure areas and recommend engineering stabilization methods. Task 14: Composite Stabilization and Habitat Restoration Plan $20,128.00 Combine the options for restoration and erosion control and prepare a joint use plan including both functions. A key map will be developed to highlight the feature and linkage of each individual site. Detailed maps will be prepared for each site including rough grading, drainage, erosion control, planting plans, maintenance access, and community access. A conceptual plan for canyon stabilization and habitat restoration with necessary details to illustrate the components will be prepared. Task 15: Third Party Review $5,550.00 ENV America will provide a third -party review of the Composite Stabilization and Habitat Restoration Plan including review of back up documents prepared as part of this scope of work. Task 16: Stakeholder /Community Meeting $1,010.00 Attend one meeting to present the proposed plan for canyon stabilization /restoration and the constructed wetlands. Total for all tasks is $85,664.00 plus reimbursable costs (reproduction and express mail). Please contact me at 714- 970 -8808 ext 106 or 949 - 836 -1320 if you have questions pertaining to this proposal. Sincerely, WRC Consulting Services, Inc. Lan Weber, Ph.D., P.E. Principal • City of Newport Beach WRC Consulting Services, Inc. Hourly Rate ( 130 110 P 90 72 50I r ' 1 Review of Fire Hazard Reduction RFP and Proposal 1 8 _ _ 9 2 Data Review -._ � 20 26 - - -- 8 54 }$ 0 3 Watershed Map Preparation 10 1 - _ ,. 24 _34_ 4 Site Reconnaissance � � -- - - �-- = -- - 16 - -- 14 38 0 y��„.r4 SQ 5 Topographic Map _ z'� I _ _4_ 8 _ I_ 12 6 Supplemental Survey 48 60 �$�4776 7 Soils Sampling and Analysis___ _ I _8 -2 j 10 $ 3,500 4j 80 8 Fire Hazard Reduction Eiology Report Review - 9 g m$ z ggp -- - 16 - 48 - -- -38 - 16 118k1t1 32 — - - -- - - — 9 Critical Flood and Erosion Area Identification � �$� 10 Runoff Control Plan f ' _ 8 _ 2 10 _ 2' " $ j0 4. 11 Concept Canyon Habitat Restoration Plan_ _ _ rt? 4 12 _24 40 $�(�40 0 12 Constructed Wetlands Alternatives_ _ KJ' 8 I 16 32 4 ' 60 "A $ i 13 Initial Erosion Control Alternatives_ _ 10 �24 _46_ _ 16 96 $_3,000 $w i72232•± 14 Composite Stabilization and Habitat Restoration Plan C j 36 ( 56 84 24 II' 200$;�20'ri'28' 15 Third Party Review - -- 5 - "- -- — -- - --- �:,!- - -- __ I 5 -- $ 5,000 16 Stakeholder /Community_Meeting �= 4 4 i t 9 $u1010, Reimbusement �? rTBU' Grand Total -- - -I - - ------ Notes: 1. Ground Cotrol to be provided by the City 2. Project meetings exceeding the number indicated hereon will be invoiced per billing rate of the attendees 3. Third party review does not include additional documentation. Revisions not related to professional errors are not included in the fee. 4. Assume completion before December 2004